Published date: 2 May 2018

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 18 May 2017

Contract summary

Industry

  • Architectural and related services - 71200000

  • Engineering services - 71300000

  • Construction-related services - 71500000

    • Consulting services for water-supply and waste consultancy - 71800000

    • Sewage, refuse, cleaning and environmental services - 90000000

Location of contract

Any region

Value of contract

£0 to £6,000,000

Procurement reference

CA18/2524/AWARD

Published date

2 May 2018

Closing date

18 May 2017

Contract start date

4 January 2018

Contract end date

3 January 2022

Contract type

Service contract

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The objective and deliverables of the Contract will be to provide the Authority with:

Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment.

The Contract is split into Lots as follows:

Lot 1 - Civil and Structural Engineering
Lot 2 - Hydrogeology
Lot 3 - Archaeological Services
Lot 4 - Ecology & Environmental
Lot 5 - Planning Services
Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design
Lot 7 - Land Drainage: Agricultural and Specialist
Lot 8 - Safety, Health and Environment
Lot 9 - Cost Benefit Analysis
Lot 10 - Treatability
Lot 11 - Waste Characterisation and Waste Services
Lot 12 - Supervisory Services
Lot 13 - Surveying: Topographical & Surface Hazards
Lot 14 - Surveying: Tilt Analysis

For a full description of the required Services, please see the attached 'Services Specification' document.

To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.


More information

Previous notice about this procurement

Expression of Interest for the Non-Exclusive Framework Contract for the Provision of Engineering Services CA18/2524

  • Opportunity
  • Published 13 April 2017

Attachments

Additional text

The objective and deliverables of the Contract will be to provide the Authority with:

Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment.

The Contract is split into Lots as follows:

Lot 1 - Civil and Structural Engineering
Lot 2 - Hydrogeology
Lot 3 - Archaeological Services
Lot 4 - Ecology & Environmental
Lot 5 - Planning Services
Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design
Lot 7 - Land Drainage: Agricultural and Specialist
Lot 8 - Safety, Health and Environment
Lot 9 - Cost Benefit Analysis
Lot 10 - Treatability
Lot 11 - Waste Characterisation and Waste Services
Lot 12 - Supervisory Services
Lot 13 - Surveying: Topographical & Surface Hazards
Lot 14 - Surveying: Tilt Analysis

For a full description of the required Services, please see the attached 'Services Specification' document.

To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.


Award information

Awarded date

29 December 2017

Contract start date

4 January 2018

Contract end date

3 January 2022

Total value of contract

£6,000,000

This contract was awarded to 22 suppliers.

AECOM Limited

Address

St George's House, 5 St George's Road, Wimbledon, London, SW19 4DR

Reference

Companies House number: 1846493

Supplier is SME?

No

Supplier is VCSE?

No

Amec Foster Wheeler Environment & Infrastructure UK Limited

Address

Booths Park, Chelford Road, Knutsford, Cheshire, WA16 8QZ

Reference

Companies House number: 2190074

Supplier is SME?

No

Supplier is VCSE?

No

Atkins Limited

Address

Woodcote Grove,Ashley Road,Epsom,Surrey KT18 5BW

Reference

Companies House number: 688424

Supplier is SME?

No

Supplier is VCSE?

No

Bridgeway Consulting Limited

Address

Bridgeway House, 2 Riverside Way, Nottingham, NG2 1DP

Reference

Companies House number: 03478909

Supplier is SME?

No

Supplier is VCSE?

No

CDM Smith Ireland Ltd

Address

15 Wentworth, Eblana Villas, Dublin 2 D02 WK10, Ireland

Reference

Companies House number: 338589

Supplier is SME?

No

Supplier is VCSE?

No

Golder Associates (UK) Ltd

Address

Attenborough House, Browns Lane Business Park, Stanton-on-the-Wolds, Nottinghamshire, NG12 5BL

Reference

Companies House number: 1125149

Value of contract

£0

Supplier is SME?

Yes

Supplier is VCSE?

No

Hargreaves Industrial Services Limited

Address

Roseby House, Lund Hill Lane, Royston, Barnsley, S71 4BD

Reference

Companies House number: 2307132

Supplier is SME?

No

Supplier is VCSE?

No

Interlocks Surveys Ltd

Address

St. Andrews House, Southam Road, Leamington Spa. CV31 1TF

Reference

Companies House number: 10266953

Value of contract

£0

Supplier is SME?

Yes

Supplier is VCSE?

No

Jeremy Benn Associates Limited (t/a JBA Consulting)

Address

South Barn, Broughton Hall, SKIPTON, North Yorkshire, BD23 3AE

Reference

Companies House number: 03246693

Value of contract

£0

Supplier is SME?

Yes

Supplier is VCSE?

No

JMC ENGINEERING (UK) LTD

Address

2 LARKHILL, SWANWICK, ALFRETON, DERBYSHIRE, DE55 1DD

Reference

Companies House number: 2689123

Value of contract

£0

Supplier is SME?

Yes

Supplier is VCSE?

No

Mott MacDonald

Address

Mott MacDonald House, 8 - 10 Sydenham Road, Croydon, CR0 2EE

Reference

Companies House number: 1243967

Supplier is SME?

No

Supplier is VCSE?

No

Opus International Consultants (UK) Ltd

Address

Willow House , Brotherswood Court, Great Park Road, Bradley Stoke,Bristol, BS32 4QW

Reference

Companies House number: 2847568

Supplier is SME?

No

Supplier is VCSE?

No

PMC Surveys Ltd (trading as Obsurvus)

Address

8 Beancroft Close, Wadworth, Doncaster, DN11 9TB

Reference

Companies House number: 6844600

Value of contract

£0

Supplier is SME?

Yes

Supplier is VCSE?

No

Ramboll

Address

240 Blackfriars Road, London SE1 8NW

Reference

Companies House number: 03659970

Supplier is SME?

No

Supplier is VCSE?

No

Ricardo-AEA Ltd (trading as Ricardo Energy & Environment)

Address

Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, West Sussex, BN43 5FG, United Kingdom

Reference

Companies House number: 8229264

Supplier is SME?

No

Supplier is VCSE?

No

RPS Consulting Services Limited

Address

20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH

Reference

Companies House number: 01470149

Supplier is SME?

No

Supplier is VCSE?

No

RSK Environment Ltd

Address

34, Albyn Place, Aberdeen, AB10 1FW

Reference

Companies House number: SC115530

Supplier is SME?

No

Supplier is VCSE?

No

SLR Consulting Ltd

Address

7 Menmarsh Road, Wornal Park, Aylesbury, HP18 9PH

Reference

Companies House number: 3880506

Supplier is SME?

No

Supplier is VCSE?

No

Turner & Townsend Project Management Ltd

Address

Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH

Reference

Companies House number: 2165592

Supplier is SME?

No

Supplier is VCSE?

No

Wardell Armstrong LLP

Address

Sir Henry Doulton House, Forge Lane, Etruria, Stoke-on-Trent, Staffordshire ST1 5BD

Reference

Companies House number: OC307138

Supplier is SME?

No

Supplier is VCSE?

No

WYG

Address

Arndale Court, Otley Road, Headingley, Leeds, West Yorkshire, LS6 2UJ

Reference

Companies House number: 1959704

Supplier is SME?

No

Supplier is VCSE?

No

WSP UK Limited

Address

WSP UK Limited, WSP House, 70 Chancery Lane, London, WC2A 1AF

Reference

Companies House number: 01383511

Supplier is SME?

No

Supplier is VCSE?

No


About the buyer

Address

200 Lichfield Lane
Mansfield
NG18 4RG
England

Email

procurement@coal.gov.uk